u.s. general services administration building maintenance & operations services (bmo) industry...

50
U.S. General Services Administration Building Maintenance & Operations Services (BMO) Industry Day Philadelphia – March 31 New York City – April 1 Washington, D.C. – April 2 1

Upload: alvin-campbell

Post on 23-Dec-2015

216 views

Category:

Documents


1 download

TRANSCRIPT

U.S. General Services Administration

Building Maintenance & Operations Services (BMO)

Industry Day

Philadelphia – March 31

New York City – April 1

Washington, D.C. – April 2

1

Today’s Agenda

• Welcome

• Opening Comments

• FSSI Overview

• BMO Overview

• Small Business Strategy

• Acquisition Solution

• Next Steps

• Questions and Answers

2

Opening Comments

• GSA Senior Executives

• FAS Senior Executive Mary Ruwwe (Phi, NY),

• FAS Senior Executive Tom Sharpe (DC)

• PBS Senior Executive Michael Gelber (DC)

3

Strategic Sourcing Levers

8

FSSI Small Business Participation

9

These solutions are committed to:

▪ Baseline the small business spend ▪ Provide $ and % small business participation metrics▪ Monitor to ensure small business baseline spend is met or exceeded▪ Actively communicate small business story and strategy▪ Include OSBU as well as SBA within the interagency commodity teams building the solution▪ Meet with industry as part of standing the solution up and ongoing solution management

Systematic Process: The What

COMMODITY TEAM MEMBERSHIP

• Air Force

• Army

• DHS

• DLA

• DOE

• DOJ

• DOS

• DOT – FAA

• HHS

… to finalize a flexible BMO acquisition vehicle

18 agencies have worked together for over a year…

Small Business

Participation

Acquisition

Optimization

Customized Solution

• Small business awards that will allow for set-asides

• Zonal approach to facilitate small business participation

• Leverage federal volume to drive savings

• Improve spend visibility through data collection and reporting requirements• Operations and Maintenance Services

• Facility Support Services

BMO Strategy: Overview

• GSA• NASA• Navy• OFPP• SBA• Treasury• USDA• VA• AbilityOne

• Comprehensive and flexible, to cover all high-demand BMO commodity

services

• Open Market (FAR Part 15) Multiple Award IDIQ

• Allows for various contract types at the task-order level

• Goal of a 10-12 year IDIQ contract term (pending FAR deviation

approval)

• Agencies will be able to order a single service or a mix of multiple

services

• Applicable sustainable product requirements will be included

• Offers both large and small business participation

BMO Strategy: Contract Structure

BMO Scope of Service Categories

BMO Strategy: Scope

= Proposed Zone 1

= Other Zones TBD

Legend:

Zone 1DCDEMDNJNYPAVAWV

• Establish individual geographic segments with unique vendor pools, each segment operating under the same Terms & Conditions

• Develop additional zones across the nation during subsequent phases of the solution, allowing for a well-targeted and phased implementation across high value/need areas identified

• Total BMO addressable spend identified for Zone 1 is $1.5 Billion

BMO Strategy: Geographic Approach

Small Business Strategy

• OMB Memo December 5, 2012 Improving Acquisition Through Strategic Sourcing

• Market Research- Existing small business participation

- GSA has reached out to industry via Requests for Information and Interact.gsa.gov to assess small business capabilities and ensure their participation during the development of the solution

- Geographic considerationsSelf-reported industry feedback from Interact.gsa.gov showed small

business vendors tend to perform in one or two geographic areas

Small Business Strategy

• Subcontracting requirements

• Set-asides can be made at the task order level within unrestricted and small business set-aside contract groups

Acquisition Solution

• DRAFT RFP released March 19, 2015 and closes April 17, 2015 (4:00 CST)

• Two (2) Final RFP’s will be released- Small Business Set Aside

- Unrestricted

Section A - Standard Forms

• Reserved for SF 33

Section B - Services, Ordering and Prices

• Contract Type Government Wide Multiple Award, Indefinite Delivery, Indefinite

Quantity (MA-IDIQ)

Allows for all contract types at the task order level (e.g., Cost-Reimbursement (all types), Fixed-Price (all types), Time-and-Materials, and Labor-Hour)

• Minimum Guarantee of $2,500/ No Maximum Ceiling

Section B - Services, Ordering and Prices

• Labor Categories and Standard Occupational Classifications

- Standardized labor categories that correspond to the Office of Management and Budget’s (OMB) Standard Occupational Classification (SOC)

- Labor categories are either an individual labor category mapped to a single SOC and functional description or a labor category group mapped to multiple SOC Numbers and functional descriptions

- The Contractor shall become proficient in the use of the BLS SOC system in preparation for submitting Price proposals under task order solicitations

Section C - Description/Specifications/ Performance Based Statement of Work Statement (PBSOW)

• Background- A comprehensive solution crossing multiple service categories that

can be sought as a single/multiple service

• Period of Performance - Period of Performance is intended to be a 10-12 year term

• Scope/Requirements- Covers most commonly used services

- Provides coverage for Zone 1- Delaware, Maryland, New Jersey

- New York, Pennsylvania, Virginia, West Virginia, and DC

• Performance Objectives- Two separate Service Groups

1. Operations and Maintenance

2. Facility Support Services

- Each Service Group has services that required and optional 

BMO Scope of Service Categories

Section C - Description/Specifications/ Performance Based Statement of Work Statement (PBSOW)

• Other Direct Costs (ODCs) - Other direct costs relating to incidental services and/or supplies that do not fall within the scope of any other service category listed under the BMO acquisition vehicle.  These services and/or supplies are necessary to complement a contractor’s offerings to provide a comprehensive solution to a customer requirement.

ODC purchasing thresholds shall be determined at the

task order level in accordance with ordering agency

policies.

Section C - Description/Specifications/ Performance Based Statement of Work Statement (PBSOW)

Services Not Within Scope

The following services are not within the scope BMO:

      • Energy Management and Water Conservation (services related to the reduction of water usage)*

• Telecommunication systems• Equipment owned and operated by government agencies.• Furnishings (not installed as fixtures)• Equipment owned by servicing public utilities• Upgrade of software or software licenses (to include building automation systems (BAS) and CMMS

• Computers and IT equipment• Personally owned appliances

Section C - Description/Specifications/ Performance Based Statement of Work Statement (PBSOW)

* Being removed from the list of services that are designated as not within scope.

Section D - Packing and Marking

• Conform to commercial standards

• Additional language can be added at the task order level

Section E - Inspection and Acceptance

• FAR Clause 52.246-4- Inspection of Services – Fixed Price

• Additional language can be added at the task order level

Section F - Deliveries or Performance

• Places of Performance- Zone 1 (Maryland, Virginia, District of Columbia, New York,

Pennsylvania, New Jersey, West Virginia and Delaware)

• Period of Performance - Date of the Notice-To-Proceed through 5 years thereafter, with 1

(5-year) option that may extend the cumulative term of the contract to 10 years in accordance with FAR 52.217-9, Option to Extend the Term of the Contact, if exercised

Section G - Contract Administration

• Roles and Responsibilities (CO’s, OCO’s, COR’s, etc.)• Contract Access Fee (CAF)-  CAF fee 2% off the total fixed

price or estimated price and will be proposed as a separate line CLIN

• BMO Reporting Modules- Task Order Award Data- Data for variation of contract types (Fixed Price, T&M, L-H, etc)- Task Order Modification Data- Information on Award Data- Environmentally Sustainability Products Data- CAF Payment Data- Closeout Data- Subcontracting Plan Data

• BMO and Task Order Close Outs• Option Determination

Section H - Special Contract Requirements

• Ordering ProceduresAll task orders under BMO must be:

- Solicited and awarded by an OCO with a Delegation of Procurement Authority- Be within the scope of Section C and all other terms and conditions of the BMO

contract- Identify the BMO Labor Categories and Service Occupational Codes- Solicited and awarded under the proper NAICS Code and corresponding BMO

MA-IDIQ Contract Number- Identify the proper Product Service Code (See Attachment BMO PSCs) and,- Comply with the ordering procedures in FAR Subpart 16.505, Ordering, and other

applicable agency specific regulatory supplements.- Comply with the Fair Opportunities ordering procedures outlined in FAR Subpart

16.505 (b)(1)

• NAICS - 2 separate service groups that span across 18 NAICS Codes (Operations and

Maintenance and Facility Support Services- Based on 1 small business size standards ($38.5M)- The OCO has the responsibility to determine which predominant NAICS code

applies to a task order solicitation

Operations and Maintenance, Primary NAICS 561210, Size Standard $38.5 MService / Service

GroupingNAICS Code NAICS Title Size Standard

Operations and Maintenance

561210 Facilities Support Services $38.5 M

HVAC Maintenance 238220Plumbing, Heating, and Air-Conditioning Contractors

$15 M

Plumbing and Pipefitting 238220Plumbing, Heating, and Air-Conditioning Contractors

$15 M

Elevator Maintenance 238290Other Building Equipment Contractors

$15 M

Electrical Maintenance 238210Electrical Contractors and Other Wiring Installation Contractors

$15 M

Fire Alarm System Maintenance and Repair

561621Security Systems Services (except Locksmiths)

$20.5 M

Fire Suppression (Water Based) System Preventative Maintenance and Repair

238220Plumbing, Heating, and Air-Conditioning Contractors

$15 M

Roofing Services 238160 Roofing Contractors $15 M

Building Management Services

531312Nonresidential Property Managers

$7.5 M

Architectural and Framework Building Maintenance Services

236220Commercial and Institutional Building Construction

$36.5 M

Commissioning Services 541330 Engineering Services $15 M

Elevator Inspection Services 541350 Building Inspection Services $ 7.5 M

Facility Support Services, Primary NAICS 561210, Size Standard $38.5M

Service / Service Grouping

NAICS Code NAICS Title Size Standard

Facility Support Services

561210Facilities Support Services

$38.5 M

Janitorial 561720 Janitorial Services $18 M

Landscaping/Grounds Maintenance

561730 Landscaping Services $7.5 M

Cemetery Maintenance 561730 Landscaping Services $7.5 M

Pest Control 561710Exterminating and Pest Control Services

$11 M

Waste Management and Recycling Services

562111 Solid Waste Collection $38.5 M

Section H - Special Contract Requirements

• GSA BMO Webpage - Website for the purposes of informing our customers,

stakeholders, and the general public of the attributes and procedures for BMO

• Minimum Task Order Awards- Starting from the date of the BMO Notice-to-Proceed, the

Contractor shall attain a minimum of 5 task order awards or a total task order estimated value of $100M (total estimated value of all task orders inclusive of all options) prior to the exercise of Option I under BMO

• On-Ramping- Vertical Contract On-Ramping

- Open Season On-Ramping

- Focused On-Ramping (SubPool Creation)

• Dormant Status

• Off-Ramping

Section H - Special Contract Requirements

Section I - Contract Clauses

• See Draft RFP for Contract Clauses

Section J - Attachments

Notice to the Public and Interested

Offerors

Public Notice of Industry Day

Standardized Labor Categories and

Definitions

BMO PSCs

Additional Personnel Qualification

Requirements 

Sustainability Product List 

Proposal Checklists

Self Scoring Worksheets

 

Pre-award Surveys

 

Past Performance Rating Survey

 

Price Template

 

Relevant Project Experience

Template

 

Sub-Contracting Plan

 

Required Reports

Section K - Representations and Certifications (Reps and Certs)

• See Draft RFP for Reps and Certs

Section L - Instructions, Conditions, and Notices to Offerors or Respondents

• Provisions (FAR and GSAR)

• Proposal Format

• Offerors shall include all Four (4) sections in separate electronic folders and proposal documents onto a single DVD+r disk

Section M - Evaluation Factors

• Basis of Award- Best value continuum for awards

Highest Technically Rated Offerors with a Fair and Reasonable Price

Core technical expertise in a variety of services with capabilities that are most important to Government Customers

• The Government intends to award contracts without discussions

- Initial proposals must contain the best offer

- The Government may conduct clarifications

- The Government reserves the right to conduct discussions if determined necessary

Section M - Evaluation Factors

• Screening and Evaluation Process - Two-step screening process for all offers received

Verify that a support document exists Compare it to the Offeror’s self scoring worksheet Any discrepancies will be treated as clarifications

• Evaluation team will assign preliminary score in accordance with the Scoring Table

• Offers will be sorted by highest score to lowest score for each Service Group (O&M and Facility Support Services) to develop a competitive range

Section M - Evaluation Factors

• Section 1 - General Information - The General Information section consists of the following sub-

sections:Offeror’s SF 33Proposal ChecklistSelf Scoring WorksheetMeaningful Relationship Commitment Letters (if applicable) Existing Joint Venture/Partnership (if applicable)

Section M - Evaluation Factors

• Section 2 - Responsibility - The Responsibility section consists of the following:

SAM Record (to include EPLS)Representations and Certifications Financial information GSA Form 527Pre-Award Survey SF 1408

Section M - Evaluation Factors

• Section 3 - Technical Experience - Relevant Project Experience- Three (3) different distinct projects per service offering. The projects

can cover single or multiple services categories- Completed within the past Three (3) years or, be ongoing - Projects submitted may be U.S. Federal Government, U.S. State

Government, and Non-Government/Commercial- Each Project shall identify the following:

Building type Building size (square footage) Stories of each building Services covered relevant to the Scope of Services Performance period Total dollar value Number of trade skills employed and number of exempt positions

employed A complete, clear, concise detailed statement of the description of

services covered in the project, including how the offeror provided the services

Section M - Evaluation Factors

• Additional Evaluation Credit for Relevant Project Experience:

- U.S. Federal Government customer

- Project involves Subcontracting/Teaming for services with at least 2 separate entities that are certified as small business

- Optional Services

- Extended Contract Duration (over 3 years)

- Large Square Footage (over 20,000 sq. ft)

Section M - Evaluation Factors

• Section 3 - Technical Experience – Project Location- A list of 2 projects (completed or ongoing) per state for ALL of

states of Zone 1

- If the offeror does not have a list of projects completed within respective areas, they must provide written narrative demonstrating capabilities of providing service coverage in Zone

• Additional Evaluation Credit- Projects submitted that covers multiple locations listed in Zone 1

• Section 3 - Staffing Plan- The staffing plan should identify roles and responsibilities for all

employees

• Section 3 - Professional Compensation Plan- Addresses methodology for determining salaries and fringe

benefits for professional employees in preparation of future task order requirements

• Section 3 - Uncompensated Overtime Policy- Policy for addressing uncompensated overtime consistent with

its cost accounting practices

Section M - Evaluation Factors

Section M - Evaluation Factors

• Section 3 - Subcontracting Plan

• Section 3 - Sustainability Plan- Approach toward implementing and promoting sustainable

practices in all aspects of BMO Services

- Additional Evaluation Credit Implement sustainable practices above and beyond the minimum

performance requirements

• Section 3 - Quality Control Plan- Description of internal review procedures that facilitates high-

quality standards, identify the roles responsible for ensuring quality control

Section M - Evaluation Factors

• Section 3 - Past Performance - Past performance surveys for the same relevant project

experiences submitted

- PPIRS

- When past performance information is not available, the offeror

will not be evaluated favorably or unfavorably (neutral rating)

• Section 4 - Price - Firm Fixed Price (FFP) hourly rates for all applicable BLS SOC

standardized labor categories. At a minimum the rate shall include a breakdown illustrating the following:

Base rate (based on SCA, DBA CBA, as applicable)Health and welfare rateOverheadG&AProfitFully Burdened Rate

- Government and commercial prices for the labor categories offered

- Tiered Pricing

Section M - Evaluation Factors

Next Steps

• Draft RFP closes April 17, 2015

• Comments on Draft RFP due April 17, 2015

• Final RFP expected release May, 2015

• Expected award September, 2015

• Email: [email protected]

48

49

Question and Answer Session

• Questions submitted online prior to event – answers will

be posted to Interact

• In-person Q&A

50

Thank You For Your Participation!

Contact the BMO Team ([email protected]) with any questions you may have